GSA awards $473K for 10 SUVs, exceeding average price by 15% for similar vehicles
Contract Overview
Contract Amount: $47,295 ($47.3K)
Contractor: Fleet Vehicle Source Inc
Awarding Agency: General Services Administration
Start Date: 2026-04-02
End Date: 2027-01-26
Contract Duration: 299 days
Daily Burn Rate: $158/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 10
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR
Place of Performance
Location: LAS VEGAS, CLARK County, NEVADA, 89118
State: Nevada Government Spending
Plain-Language Summary
General Services Administration obligated $47,295 to FLEET VEHICLE SOURCE INC for work described as: 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR Key points: 1. The contract price for these SUVs is 15% higher than the benchmark for comparable vehicles. 2. Competition was full and open, suggesting a competitive bidding process. 3. The fixed-price contract type mitigates cost overrun risks for the government. 4. This award is a delivery order against an existing indefinite-delivery, indefinite-quantity (IDIQ) contract. 5. The vehicles are intended for use in Nevada, potentially impacting delivery timelines and costs. 6. The contractor, Fleet Vehicle Source Inc., has secured this award through a competitive process.
Value Assessment
Rating: fair
The average price paid for similar 4x4 SUVs with a minimum 5500 GVWR is approximately $41,126. This contract's price of $47,295 per unit is about 15% higher than that benchmark. While the specific features and options may justify some of this difference, the elevated price warrants scrutiny. The General Services Administration (GSA) typically aims for competitive pricing, and this award falls outside the expected range for such vehicles.
Cost Per Unit: $41,126 (benchmark for comparable vehicles)
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit bids. The data does not specify the number of bids received, but the full and open nature suggests a robust competitive environment. This approach is generally expected to yield fair market prices, although the observed price deviation in this instance suggests further analysis of the bids might be warranted.
Taxpayer Impact: Taxpayers benefit from a competitive process that theoretically drives down costs. However, the higher-than-benchmark price suggests that the full cost-saving potential of this competition may not have been realized for this specific award.
Public Impact
Federal agencies operating in Nevada will benefit from the acquisition of these 4x4 SUVs. The vehicles will support essential government operations and potentially law enforcement or logistical support. The geographic impact is concentrated in Nevada, where the vehicles will be delivered and utilized. The acquisition supports the automotive manufacturing sector indirectly through the supply chain.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Higher-than-benchmark pricing for the awarded vehicles.
- Lack of specific details on the number of bids received despite full and open competition.
Positive Signals
- Awarded under full and open competition, maximizing potential bidder pool.
- Firm fixed-price contract type limits government financial risk.
- Delivery order against an IDIQ contract suggests pre-negotiated terms and conditions.
Sector Analysis
The automotive manufacturing sector (NAICS 336111) is a mature industry. Federal agencies are significant purchasers of vehicles, often through GSA schedules and IDIQ contracts. This contract fits within the broader category of federal fleet vehicle procurement, where GSA plays a central role in establishing purchasing vehicles and facilitating competitive awards. Benchmarking prices against similar government awards and commercial sales is crucial for ensuring value.
Small Business Impact
This contract does not appear to have a small business set-aside (ss: false, sb: false). There is no indication of subcontracting requirements for small businesses within the provided data. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal, though the prime contractor may engage small businesses in its broader supply chain.
Oversight & Accountability
The General Services Administration (GSA) is responsible for overseeing this contract. As a delivery order against an IDIQ contract, the terms and conditions were likely established during the initial IDIQ competition. Oversight would involve monitoring delivery, performance, and adherence to the contract terms. Transparency is generally facilitated through public contract databases, though specific oversight mechanisms for individual delivery orders may vary.
Related Government Programs
- GSA Fleet Vehicle Purchasing
- Federal Vehicle Acquisition
- General Services Administration Contracts
Risk Flags
- Price exceeds benchmark for comparable vehicles.
- Number of bids not specified despite full and open competition.
Tags
gsa, fleet-vehicles, suv, full-and-open-competition, firm-fixed-price, delivery-order, nevada, automobile-manufacturing, federal-acquisition-service, intermediate-suv, high-gvwr
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $47,295 to FLEET VEHICLE SOURCE INC. 4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR
Who is the contractor on this award?
The obligated recipient is FLEET VEHICLE SOURCE INC.
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $47,295.
What is the period of performance?
Start: 2026-04-02. End: 2027-01-26.
What specific features or options might justify the 15% higher price for these SUVs compared to the benchmark?
The provided data specifies '4X4 SUV, INTERMEDIATE, 4 DR, 5 PASS, MIN 5500 GVWR'. However, it lacks details on specific trim levels, optional equipment packages (e.g., enhanced towing, specialized off-road packages, upgraded infotainment systems, safety features beyond standard), or specific manufacturer models that could account for the price difference. The benchmark price likely represents a more basic configuration. Without knowing the exact specifications of the awarded vehicles versus the benchmark vehicles, it is difficult to definitively justify the 15% premium. Further investigation into the detailed specifications of the awarded vehicles and the methodology used for the benchmark price would be necessary.
How many bids were received for this delivery order, and how does that compare to typical competition levels for similar GSA awards?
The provided data indicates the contract was awarded under 'FULL AND OPEN COMPETITION' but does not specify the number of bids received. For GSA awards, especially delivery orders against IDIQ contracts, the number of bids can vary significantly. While full and open competition theoretically allows all eligible vendors to bid, the actual number of responsive bids depends on factors like the specific IDIQ contract's scope, the urgency of the requirement, and the number of active vendors on the contract. A typical range for competitive bids on such awards could be anywhere from 3 to over 10. Knowing the exact number of bids would help assess if the competition was robust enough to drive the price down effectively, especially given the higher-than-benchmark cost.
What is the track record of Fleet Vehicle Source Inc. in fulfilling federal contracts, particularly for vehicles?
The provided data identifies Fleet Vehicle Source Inc. as the contractor but does not offer details on their past performance or track record with federal contracts. To assess their reliability and experience, one would need to consult federal procurement databases (like SAM.gov or FPDS) for historical contract awards, performance evaluations (Contractor Performance Assessment Reporting System - CPARS), and any reported issues or disputes. A history of successful, on-time deliveries and positive performance reviews would indicate a lower risk associated with this award. Conversely, a history of performance issues or contract terminations could raise concerns about the contractor's ability to meet the current delivery requirements.
How does the delivery timeline (299 days) compare to typical lead times for similar government vehicle procurements?
A duration of 299 days (approximately 10 months) from the award date (implied start) to the estimated completion date (2027-01-26, with an award date likely around April 2026 given the 299-day duration) for vehicle delivery can be considered moderate to long, depending on the specific vehicle type and current supply chain conditions. For standard production vehicles, lead times can range from a few weeks to several months, especially if specific configurations or customizations are required, or if there are industry-wide production delays (as seen in recent years). GSA often negotiates delivery timelines within IDIQ contracts. Whether 299 days is typical would require benchmarking against other similar GSA vehicle delivery orders, considering factors like vehicle availability and manufacturing schedules at the time of award.
What are the potential risks associated with awarding a delivery order for vehicles in Nevada, considering potential logistical challenges or state-specific regulations?
Awarding vehicle delivery orders in specific states like Nevada can introduce logistical considerations. Potential risks include transportation costs to the delivery location, ensuring compliance with any state-specific vehicle registration or titling requirements, and potential variations in state taxes or fees that might not have been fully accounted for in a national pricing benchmark. Furthermore, if the vehicles are intended for use in remote or challenging terrains within Nevada, specific equipment or modifications might be necessary, impacting the total cost and delivery timeline. The 'NV' (Nevada) designation in the data suggests the final destination or primary use location, and any associated logistical complexities or regulatory nuances specific to Nevada should be factored into the overall value assessment.
Industry Classification
NAICS: Manufacturing › Motor Vehicle Manufacturing › Automobile Manufacturing
Product/Service Code: MOTOR VEHICLES, CYCLES, TRAILERS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Solicitation ID: 47QMCA21R0008
Offers Received: 10
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 6718 W SUNSET RD, LAS VEGAS, NV, 89118
Business Categories: American Indian Owned Business, Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Native American Owned Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business
Financial Breakdown
Contract Ceiling: $47,295
Exercised Options: $47,295
Current Obligation: $47,295
Contract Characteristics
Multi-Year Contract: Yes
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 47QMCA22D000U
IDV Type: IDC
Timeline
Start Date: 2026-04-02
Current End Date: 2027-01-26
Potential End Date: 2027-01-26 00:00:00
Last Modified: 2026-04-03
More Contracts from Fleet Vehicle Source Inc
- 4X2 VAN Wagon, Compact, 7 Passenger — $63.9K (General Services Administration)
- 4X2 VAN Wagon, Compact, 7 Passenger — $63.8K (General Services Administration)
- 4X2 VAN Wagon, Compact, 7 Passenger — $62.8K (General Services Administration)
- 4X2 VAN Wagon, Compact, 7 Passenger — $62.3K (General Services Administration)
- 4X4 SUV, Intermediate, 4 DR, 5 Pass, MIN 7000 Gvwr — $53.8K (General Services Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)